Q702--New Albany, Indiana Community Based Outpatient Clinic (CBOC) Initial Outfitting, Transitioning & Activation Services (IOT&A)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Program Contracting Activity – Central (PCAC), has issued a Request for Quotation (RFQ) for Initial Outfitting, Transitioning, and Activation (IOT&A) Services for the new New Albany, Indiana Community Based Outpatient Clinic (CBOC). This effort, valued at an estimated $20 Million, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offers are due by May 11, 2026, at 10:00 AM EDT.
Scope of Work
The contractor will provide comprehensive non-personal IOT&A services to support the activation of the new 41,052 net usable square feet (NUSF) clinic, which will include Primary Care, Mental Health, Specialty Care, and Ancillary services. Key services include:
- Comprehensive Project Management Services
- Interior Design, FF&E (Furniture, Fixtures, and Equipment), and Space Planning Services
- Concept of Operations (CONOPS) Transition Planning and Project Staffing Planning
- Acquisition Planning Services
- Activation, Delivery, Relocation, Installation, Training, and Post-Occupancy Support
Key deliverables include Monthly Project Status Reports, an Activation Integrated Master Schedule (AIMS), Risk Management Plan, Change Management Plan, Work Breakdown Structure (WBS), SharePoint site updates, meeting minutes, FF&E Cut Sheets, Master Equipment and Furniture List (MEL), FF&E Layouts, 3-Dimensional Design Renditions, Equipment Reuse and Disposal Plan, and an Integrated Move Plan.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: Estimated 35 months, with a Base POP from July 15, 2026, to May 14, 2029. An optional task for Warehousing Services is also included.
- Estimated Value: $20 Million
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be VA-verified and comply with VAAR 852.219-75 (Limitations on Subcontracting for Services).
Submission & Evaluation
Offers must be submitted electronically via email to both the Contract Specialist and Contracting Officer by May 11, 2026, at 10:00 AM EDT. Evaluation will follow a "highest technically rated offeror with a fair and reasonable price" best value approach, prioritizing technical merit over price. Key evaluation factors include:
- Key Personnel (Pass/Fail)
- Technical Submission
- Betterment (Optional)
- Past Performance Offerors must submit resumes for key personnel, a detailed technical approach, and past performance information.
Key Attachments
Important attachments include the Performance Work Statement (PWS) (Attachment A), a Quality Assurance Surveillance Plan (QASP) (Attachment M), a Pricing Worksheet (Attachment R), a Wage Determination (Attachment P), and various templates for equipment lists, FTE reports, risk management, and change management.
Contact Information
For general inquiries, contact Heidi Gallaher at Heidi.Gallaher@va.gov.